Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Wrexham County Borough Council
Commissioning Procurement and Contract Management Unit, Lambpit Street
Wrexham
LL11 1AR
UK
Telephone: +44 1978292791
E-mail: procurement@wrexham.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.wrexham.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Void and Decant Property - Repairs and Refurbishment
Reference number: HBS 1119 / Proc-20-44
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
This Framework Agreement is for the refurbishment of vacant Council owned dwellings
Wrexham CBC (The Employer) has committed to refurbishing all its properties up to the Welsh Government’s Welsh Housing Quality Standard and where properties become vacant, they are to be refurbished to meet a very high and modern standard.
The purpose of this framework is to provide additional capacity to meet the high demand because of changes to the Lettable Standard.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL23
II.2.4) Description of the procurement
The works in each property will vary depending on condition of each property. The scope of work may consist of:
demolition works
extensive plastering
structural works
damp works
full and partial rewires
kitchens and bathroom replacements
central heating installations
internal doors and joinery
extensive landscaping and gardening works
cleaning and rubbish removal
general roofing repairs
extensive building works
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 40
Price
/ Weighting:
60
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
In this contract key performance indicators (“KPIs”) are used to monitor performance of the Contract, with a view to both the Employer and Principal Contractor having data which they will review at progress and other meetings so that each of them can bring forward suggestions for the improvement of the performance of the contract and the delivery of the works and to identify performance below the minimum standard that the Employer is prepared to accept (“Minimum Acceptable Performance”)
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 12
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/09/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/09/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
March 2022
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=103516
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
It is a requirement of this contract to provide Core Community benefits, which will include employment and training opportunities for disadvantaged groups of 52 weeks training per one million pound of contract spend.
The successful Principal Contractor(s) will be expected to present a Community Benefits Proposal with their tender submission to the minimum value of 0.25% per million pound of contract spend. The Community Benefits proposal submitted should include a method statement of how the principal contractor will work with the Employer to address Community Benefit themes, should they be successful in being appointed onto the framework.
(WA Ref:103516)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
Aberdeen
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Wrexham County Borough Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.5) Date of dispatch of this notice
19/08/2020